Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2022 SAM #7483
SOURCES SOUGHT

89 -- SPV-6 Sources Sought Notice

Notice Date
5/25/2022 8:36:56 AM
 
Notice Type
Sources Sought
 
NAICS
311999 — All Other Miscellaneous Food Manufacturing
 
Contracting Office
NAC PRIME VENDOR (36W797) HINES IL 60141 USA
 
ZIP Code
60141
 
Solicitation Number
36W79722Q0004
 
Response Due
5/27/2022 12:30:00 PM
 
Archive Date
06/26/2022
 
Point of Contact
Robert Mills, Contracting Officer, Phone: 708-786-5147
 
E-Mail Address
robert.mills2@va.gov
(robert.mills2@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE NATIONWIDE SUBSISTENCE PRIME VENDOR PROGRAM (NAICS 311999) This is not a solicitation announcement. The Department of Veterans Affairs (VA) National Acquisition Center (NAC) is conducting market research to assess industry standards and capabilities for distribution services of a wide range of subsistence products directly to VA and participating other Government agencies (OGA) for VA s Subsistence Prime Vendor Program. The purpose of this notice is to gain knowledge of potential qualified sources and their business size classification relative to NAICS 311999. Consistent with VA s Veterans First Contracting Program, VA is particularly interested in identifying large businesses with the ability to subcontract with SDVOSBs and VOSBs. The response to this notice, along with other market research, will assist in forming the basis for developing the Subsistence Prime Vendor acquisition strategy for a Subsistence Prime Vendor Program. Minimum capabilities and experience of interested vendors Responding vendors are confirming in good faith that they meet the minimum requirements of this sources sought notice. No documentation will be necessary to confirm minimum requirements are met prior to requesting a conference time slot. should include: A minimum of five years of experience in national, broadline subsistence distribution. Ability to distribute nationwide with one to five deliveries per facility, per week. Offers a full, commercial product catalog with a robust number of private label and commercial healthcare SKUs, and enough diversity and inventory to meet healthcare needs. Ability to procure and warehouse new products within 30 days of customer request. Ability to partner with VA in identifying cost savings initiatives, assisting in developing deviated pricing agreements with manufacturers, and effectively implementing these programs in a timely manner. Possess a web-based electronic ordering and reporting system that provides a full product catalog and allows 24/7 access. Possess a national team of local representatives that can be assigned to each customer location. Confirm that all products are received, warehoused, transported, and delivered in accordance with Hazard Analysis and Critical Control Points (HACCP) guidelines, GMPs, USDA, and state and local regulations. Ability to recall products within 24 hours of receipt of recall. Possess emergency preparedness plans for all distribution locations. Must have a plan to advance environmental sustainability. Ability to conduct customer business reviews quarterly. Ability for order guides and product information to interface with Computrition. The VA is interested in learning about the overall capabilities of how each vendor can service a national Subsistence Prime Vendor as it relates to the minimum capabilities stated above. Additionally, the VA is particularly interested in information relevant to the following items: How does your organization handle evolving dietary guidelines in terms of managing your product portfolio? What capabilities are available for providing distribution services to customers outside the contiguous United States, to include Alaska, Hawaii and Puerto Rico. What are your personnel/staffing plan or practices? e.g., resiliency to labor shortages. Customer portfolio breakdown, e.g., restaurant, healthcare, school, other. Inventory management tools and training. Value Added Services offered. Partnership with the Vendor Chefs for cooking demonstrations. Marketing assistance. Availability for video trainings. Administrator access to all accounts. Security measures to ensure supply chain product integrity. Details on how invoice pricing is calculated. For vendors that meet the above minimum capabilities and experience, VA is requesting that the vendor prepare a presentation describing its capability to meet VA s needs and present it at a scheduled conference. To schedule a conference or request additional information, all interested vendors are requested to contact Robert Mills, Senior Contract Specialist, via email at robert.mills2@va.gov. The deadline to schedule a conference is Friday, May 27, 2022, by 2:30PM CST. Conferences will be held virtually via Microsoft Teams between each respondent and VA in three-hour blocks of time for the following time slots: June 7, 2022 9am 12pm, 1pm-4pm (CST) June 8, 2022 9am 12pm, 1pm-4pm (CST) June 9, 2022 9am 12pm, 1pm-4pm (CST) Interested and capable vendors are requested to provide the information below when requesting a conference slot. All responses to this notice shall include: Company name Address Point of contact Phone number SAM.gov Unique Identifier Number* List of participating manufacturers Geographical locations of service Include a map and/or list of distribution centers List of certifications documenting the safety and sanitary conditions and procedures Business size (small or large business concern) and number of employees Type of small business (if applicable) SDVOSB VOSB Small Business All vendors interested in doing business with the Government must be registered in the System of Award Managed (SAM). Registration can be completed at www.sam.gov. SDVOSBs and VOSBs should also indicate whether the company is verified by the Office of Small & Disadvantaged Business Utilization at http://www.va.gov/osdbu/. *As of April 4, 2022, the DUNS Number has been removed and the Unique Entity ID is now the identifier of record for all entities in IAE systems. For more information go to www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c71b9952162646b7aee1298bb447c02c/view)
 
Place of Performance
Address: See notice 60141
Zip Code: 60141
 
Record
SN06339099-F 20220527/220526100803 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.